Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2020 SAM #6616
SOLICITATION NOTICE

16 -- Container Assembly, recovery parachute

Notice Date
1/8/2020 8:47:10 AM
 
Notice Type
Presolicitation
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
DLA AVIATION RICHMOND VA 23297 USA
 
ZIP Code
23297
 
Solicitation Number
SPE4A7-20-R-0269
 
Response Due
2/25/2020 2:00:00 PM
 
Archive Date
03/11/2020
 
Point of Contact
Sakena Thornton, Phone: 8042796653
 
E-Mail Address
sakena.thornton@dla.mil
(sakena.thornton@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
LTC PROJECT for NSN 1670-01-411-1780, Container Assembly, Recovery parachute.� Manufacture IAW Coating Specialties Inc., CAGE 53616, P/N J114888-511; and CONRAD COMPANY, CAGE 22539, P/N J114888-511. Specifications, plans, or drawings relating to this procurement described are not available and cannot be furnished by the Government.� Only Vendors who have access to the data or can provide traceability to the approved sources should bid.�� The solicitation will result in an indefinite quantity contract with one, one-year base period and four, one-year option periods.� The estimated annual demand quantity is 377 each for the base and option periods.� The guaranteed minimum quantity is 94 each for the base period only.� The maximum contract quantity for the life of the contract is 3070 each for the base and option periods combined.� The required production lead-time is 455 days�after receipt of order (ARO).� �FOB at Destination with Inspection/acceptance at Origin.� Option to extend terms of contract 48 months.� Duration of contract period 60 months.�� First Article Government test required.� Requirement is a 100% small business set-aside, utilizing full and open competition after exclusion of sources.� Item is of critical application. Item is an Air Force Critical Safety Item (CSI).� Higher level contract quality inspection system required.� Configuration control applies. Surge and Sustainment is not required. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation.� A copy of the solicitation will be available via the DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil/RFP on the issue date cited in the RFP.� Solicitations are in portable document format (PDF).� T download and view these documents, you will need the latest version of Adobe Acrobat Reader.� A paper copy of this solicitation will not be available to requestors.� The solicitation issue date is January 23, 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/36f3e5fdfeb74246986eadd5c09d8a47/view)
 
Record
SN05529924-F 20200110/200109133756 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.